Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

V -- CHARTER AIRCRAFT SERVICE

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
481211 — Nonscheduled Chartered Passenger Air Transportation
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
Reference-Number-03072006AC
 
Response Due
3/13/2006
 
Archive Date
3/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Section C ?V Description/Sepcifications/Work Statement C.1 Project Identification and Purpose The purpose of this solicitation is to establish a supply source that will provide the Chartered Aircraft at Andrews Air Force Base and other airports as needed. The objective of this solicitation is to insure availability and consistency of service, while obtaining fair and reasonable pricing. The Department of Health and Human Services (HHS) anticipates one 2-day trip per week from the time of contract award through May 15, 2006. The average flying time will be 13 hours per trip, carrying up to 14 persons, and traveling mostly in and out of Andrews Air Force Base, MD. C.2 Background The Department of Health and Human Services (HHS), Office of the Secretary (OS) currently has two major initiatives ?V the Pandemic Preparation and Medicare Part D Enrollment. The pandemic affects every citizen, therefore, all fifty states are required to have a pandemic plan in place. The HHS Secretary (hereafter referred to as The Secretary) is tasked with meeting with the governor of each state to ensure that the state??s plan is adequate. Accordingly, the Secretary will be traveling to all fifty states over the next ninety days. In conjunction with these pandemic trips, the Secretary will, when possible, attend public Medicare enrollment events to get as many seniors as possible enrolled before the May 15, 2006 deadline. In order to execute these trips in a timely manner so that the Secretary can reach all destinations within this short timeframe, HHS has determined charter aircraft would be the most efficient means of transport to the Secretary and his staff. C.3 Project Objectives The object of this contract is to obtain an on-call aircraft service for use by The Secretary of HHS to attend pandemic flu summit meetings and/or Medicare Part D Enrollment campaigns, where possible. This will be an Indefinite Delivery/ Indefinite Quantity Task Order Contract. C.4 Scope of Work The contractor shall provide a suitable aircraft to support The Secretary??s mission for accomplishing the placement of sufficient pandemic plans for each of the fifty states. The contractor shall provide the following: a. Designated Routine Response Aircraft/Flight Crew b. 24 Hour Response Time defined as the contractor on the ground and arrived at Andrews Air Force Base no more than 24 hours from the award time of the Task Order. c. The aircraft provided shall be a Gulfstream III or IV Aircraft or equivalent, able to fly up to 14 persons, each with one carry-on bag (24??x14??x14??). d. Aircraft shall be able to depart from Fixed Base Operation (FBO) at Andrews Air Force Base or comparable facility. e. Aircraft shall be able to fly anywhere within the continental Unites States, Alaska, Hawaii and all U.S. Territories. In the case of a revised flight itinerary that may impact fuel costs, it is understood that the Government will be billed the fuel cost variance, if any. f. Aircraft shall be crewed in accordance with the Federal Aviation Administration minimum standards for commercial charter aircraft within the continental United States, Alaska, Hawaii and all U.S. Territories. g. Background checks on all its pilots and management personnel. These Checks must be completed by the local law enforcement agencies or by the National Air Transportation Association investigators. Copies of these background checks shall be provided to HHS prior to commencement of task order contract. h. Offeror shall have/develop standard operating procedures for security checks on the Designated Aircraft and its perimeter while not in use. These records shall be made available to HHS upon request. i. Offeror shall submit 24hr/365 day access numbers(telephone and facsimile) for key personnel for activation of their aircaft assets. j. Contractor shall maintain at a minimum 10 full time pilots on company staff and shall train each pilot annually at Flight Safety International or Simuflite Training schools. k. Contractor shall maintain insurance of a minimum 50 million dollars combined single limit liability and naming the United States of America as an additional insured. l. Contractor shall, at all times, operate in conformance with all Federal Aviation Regulations and Offeror??s FAA Part 135 Operations Manual procedures. m. Property and Personal Damage: 1. The contractor shall use every precaution necessary to prevent damage to public and private property. 2. The contractor shall be responsible for all damage to property and to persons including third parties, that occur as a result of his or his agent??s or employee??s fault or negligence. The term ??third parties?? is construed to include employees of the government. 3. The contractor shall procure and maintain during the term of this contract, and any extension thereof, aircraft public liability insurance in accordance with 14 CFR 298. The parties named insured under the policy or policies shall be the Contractor and the United States of America. 4. The contractor may be otherwise insured by a combination of primary and excess policies. Such policies must have combined coverage equal to or greater than the combined minimums required. 5. Policies containing exclusions for chemical damage or damage incidental to the use of equipment and supplies furnished under this contract, or growing out of direct performance of the contract, will not be acceptable. The chemical damage coverage may be limited to chemicals dispensed while performing firefighting activities. 6. The contractor, prior to commencement of work, shall submit to the Contracting Officer one copy of the insurance policy, or confirmation from the insurance company, certifying that the coverage described in this clause has been obtained. n. Contractor shall insure that all Personnel Security checks and Insurance Requirements are in place in advance of the effective date of the contract. o. Number of Awards: HHS intends to award one contract for these charter services. However, we do reserve the right to make multiple awards if that is determined to be in the best interest of the government. p. Contract Cancellation: This contract may be cancelled by either party (HHS/Contractor) with 90 days written notice of cancellation. q. EFFECTIVE DATE: The effective date of the contract shall be the date of contract award. Delivery of services shall be made in accordance with established Federal Aviation Administration (FAA) guidelines commensurate with current air passenger carrier and charter operations in the Unites States, etc. Section F ?V Deliveries or Performance FAR SOURCE TITLE AND DATE 52.242-15 Stop Work Order (Aug 1989) F.1 Period of Performance (Task/Delivery Order Contracts) (Jul 1999) . Period of performance is one year from date of award with two (2) one year options. F.2 Delivery of services of task orders shall be made in accordance with established Federal Aviation Administration (FAA) guidelines commensurate with current air passenger carrier and charter operations in the United States, etc. SECTION I - CONTRACT CLAUSES This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://WWW.ARNET.GOV/far/ FAR SOURCE TITLE AND DATE 52.203-3 Gratuities (Apr 1984) 52.203-5 Covenant against Contingent Fees (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) 52.203-6 Alternate 1 ?V Restrictions on Subcontractor Sales to the Government (Oct 1995) 52.203-7 Anti-Kickback Procedures (Jul 1995) 52.203-12 Limitation on payments to Influence Certain Federal Transactions (Jun 2003) 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.209-6 Protecting the Government??s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Jan 2005) 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?V Commercial Items (Jul 2005) 52.215-2 Audit and Records ?V Negotiation (Jun 1999) 52.215-8 Order of Precedence ?V Uniform Contract Format (Oct 1997) 52-215-11 Price Reduction for Defective Cost or Pricing Data ?V Modifications (Oct 1997) 52.216-7 Allowable Cost and Payment (Dec 2002) 52.219-8 Utilization of Small Business Concerns (May 2004) 52.222-3 Convict Labor (Jun 2003) 52.222-21 Prohibition of Segregated Facilities(Feb 1999) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Apr 2002) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001) 52.223-6 Drug-Free Workplace (May 2001) 52.223-14 Toxic Chemical Release Reporting (Aug 2003) 52.225-13 Restrictions on Certain Foreign Purchases (Apr 2005) 52.227-1 Authorization and Consent (Jul 1995) 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement (Aug 1996) 52.227-3 Patent Indemnity (Apr 1984) 52.229-3 Federal, State, and Local Taxes (Apr 2003) 52.229-4 Federal, State and Local Taxes (State and Local Adjustments) (Apr 2003) 52.232-1 Payments (Apr 1984) 52.232-8 Discounts for Prompt Payment (Aug 2005) 52.232-11 Extras (Aug 2005) 52.232-17 Interest (Jun 1996) 52.232-23 Assignment of Claims (Jan 1986) 52.232-25 Prompt Payment (Oct 2003) 52.232-28 Invitation to Propose Performance-Based Payments (Mar 2000) 52.232-33 Payment by Electronic Funds Transfer ?V Central Contractor Registration (Oct 2003) 52.233-1 Disputes (Jul 2002) 52.233-3 Protest after Award (Aug 1996) 52.242-13 Bankruptcy (Jul 1995) 52.242-15 Stop-Work Order (Aug 1989) 52.243-1 Changes ?V Fixed Price(Aug 1987) 52.243-1 Changes ?V Fixed Price Alternate I (Apr 1984) 52.243-1 Changes ?V Fixed Price Alternate IV (Apr 1984) 52.244-2 Subcontracts (Aug 1998) 52.244-2 Subcontracts ?V Alternate I ( Mar 2005) 52.249-2 Termination for Convenience of the Government (Fixed-Price) (May 2004) 52.249-4` Termination for Convenience of the Government (Services) (Short Form ) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service )(April 1984) 52.253-1 Computer Generated Form (Jan 1991) HHSAR SOURCE TITLE AND DATE 352.232-9 Withholding of Contract Payments (Apr 1984) 252.270-4 Pricing of Adjustments (Jan 2001) 352.270-6 Publications and Publicity (Jul 1991) 352.270-7 Paperwork Reduction Act (Jan 2001) Section I-2 ?V Clauses Incorporated in Full Text 1.2 352.249-14 Excusable Delays (Apr 1984) (a) Except with respect to failure of subcontractors, the Contractor shall not be considered to have failed in performance of this contract if such a failure arises out of causes beyond the control and without the fault or negligence of the Contractor. (b) Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather, but in every case the failure to perform must be beyond the control and without the fault or negligence of the Contractor. If the failure to perform is caused by the failure of a subcontractor to perform, and it such failure arises out of causes beyond the control of both the Contractor and subcontractor, and with the fault or negligence of either of them, the Contractor shall not be deemed to have failed in performance of the contract, unless: the supplies or services to be furnished by the subcontractor were obtainable from other sources, the Contracting Officer shall have ordered the Contractor in writing to procure such supplies or services from such other sources, and the Contractor shall have failed to comply reasonably with such order. Upon request of the Contractor, the Contracting Officer shall ascertain the facts and extent of such failure and, if he/she shall determine that any failure to perform was occasioned by any one or more of the said causes, the delivery schedule shall be revised accordingly, subject to the rights of the Government under the termination clause hereof. [As used in this clause, the terms ??subcontractor?? and subcontractors?? mean subcontractor(s) at any tier.] 1.3 FAR 52.216-18 Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders. Such orders may be issued from date of award and two (2) option years, and issued by the Contracting Officer(CO). (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ??issued?? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 1.4 FAR 52.216-19 Order Limitation (Oct 1995) (a) Minimum Order. The minimum order guarantee for this contract is one (1) t rip for the base year and one (1) trip for each option year exercised under this contract. SECTION M - EVALUATION FACTORS FOR AWARD M.1 General Proposals received shall first be evaluated from a technical standpoint without regard to proposed cost. Those proposals which are considered to be technically acceptable shall then be evaluated from a financial and management standpoint. Proposals which merely offer to conduct a program in accordance with the requirements of the of the Government??s scope of work will not be eligible for an award. The Offeror must submit an explanation of the proposed technical approach in conjunction with the tasks to be performed in achieving the project objectives. M.2 Technical Evaluation This evaluation shall be based upon the completeness and thoroughness of the proposal submitted. The Offeror should show that the objectives stated in the proposal are understood and offer a logical program for their achievement. The following criteria will be used to technically evaluate proposals and shall be weighted as indicated in establishing a numerical rating for all technical proposals submitted. Technical Approach Evaluation Criteria: Award of this contract shall be based upon the following: Price - 70% Pricing will be evaluated on offeror??s cost proposal for the Mock Task Order. The 70 points available for this criterion will be based on price fairness and reasonableness. Award will be based on the best value to the government. PRICING: Pricing shall be evaluated based on the offeror??s pricing submitted in response to the mock task order attached. Offerors shall submit in the following format: Designated Aircraft Type Tail # Hourly Rate Additional Charges Not Included in Hourly Rate* Offerors shall submit pricing in the above format (Base Year and each of the two option years). Offerors shall submit copies of its commercial retail pricing for above items. Offerors may submit any additional pricing information/data that the offeror feels may help in determining fair and reasonable pricing. *Offerors shall provide full pricing detail including cost information on any additional charges including, but not limited to, ferrying/deployment costs, fuel variance, miscellaneous expenses, (landing fees), crew expenses (miscellaneous/per diem), and supplies/catering. Performance History - 30% Offerors are to provide reference information for all institutional flight programs under contract within the past three years. Reference information shall include project officer name, phone number, e-mail address, contract number, contract value and period of performance. The 30 points available for performance history will be evaluated based on references response to the following: Arrival Time ?V 10% Type of aircraft provided vs. type requested - 5% Sanitation of the aircraft ?V 2.5% No overburdening maintenance issues ?V 2.5% Crew qualifications and certifications - 5% Overall customer satisfaction - 5% M.3 Financial and Management Evaluation Costs/prices will be evaluated on the basis of cost realism which is defined as the Offeror's ability to project costs which are reasonable and indicate that the Offeror understands the nature and extent of the work to be performed. M.4 Discussions and Selection of Successful Offeror The Government intends to award without discussions. If it is judged, however, to be in the best interest of the Government, discussions will be conducted with the highest rated offerors determined to have submitted technically acceptable proposals together with a realistic cost estimate. You are advised that paramount consideration shall be given to the evaluation of technical proposals rather than cost or price unless, as a result of technical evaluation, proposals are determined to be essentially equal, in which case cost or price shall then become the determining factor. Award shall be made to that responsible offeror submitting the proposal (Technical and Business) determined to be most advantageous to the Government as evaluated under the criteria described in this section. M.5 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.arnet.gov/ MOCK TASK ORDER TRAVEL ITINERARY February 16th ?V 17th, 2006 Thursday, February 16th, 2006 10:45 am Arrive at Andrews Air Force Base ?VBoard aircraft 11:00 am Depart Andrews Air Force Base for Tallahassee, FL Manifest: Secretary and 6 staff 12:45 pm Arrive in Tallahassee, FL (Tallahassee Regional Airport - TLH) FBO: Flightline 3256 Capitol Circle SW Tallahassee, FL 32310 850-574-5671 3:50 pm Arrive at FBO and board aircraft 4:05 pm Depart Tallahassee for Columbus, OH Flight Time: 1 hour 30 minutes Manifest: Secretary and 5 staff 5:35 pm Arrive in Columbus, OH (Port Columbus International Airport ?V CMH) FBO: Lane Aviation 4389 International Gateway Columbus, OH 43219 800-848-6263 February 17th, 2006 10:45 am Depart Columbus for Las Vegas, NV Flight Time: 4 hours Time Change: -3 hours Manifest: Secretary and 5 staff 11:45 pm Arrive in Las Vegas, NV (McCarran International Airport ?V LAS) FBO: Atlantic Aviation 275 East Tropicana Las Vegas, NV 89109 800-726-2810 3:45 pm Depart Las Vegas for Andrews Air Force Base Flight Time: 4 hours 15 minutes Time Change: +3 hours Manifest: Secretary and 5 staff 11:00 pm Arrive at Andrews Air Force Base Technical and cost proposals should be submitted by Monday, March 13, 2006 by close of business, at 5:00 p.m. Questions pertaining to this combined synopsis/solicitation should be submitted to Raleigh Tanner, on or before Thursday, March 9, 2006, via e-mail or FAX (202) 690-6630. Submission of technical and cost proposals are due Monday, March 13, 2006, should be submitted to the address that follows: DHHS/PSC/SAS/Division Acquisition Management Attention: Raleigh Tanner, Contract Specialist/Officer Room 315-B, Humphrey Building 200 Independence Avenue, S. W. Washington, D. C. 20201-0004 (202) 205-0625 (202) 590-6630 FAX E-mail address: rtanner@psc.gov Technical proposals should be in narrative form and cost proposals should be submitted with cost breakdown of proposed costs. There should be one (1) original copy and two (2) copies of the technical and cost proposals. Because of increased security at Federal buildings, please allow extra time for your proposals to be delivered to the Contracting Office. The Division of Acquisition Management will no longer accept courier packages of any kind, except from couriers who have authorized access to the building, (i.e., government issued identification badges) due to heightened security. Currently the following organizations have authorized access to the Humphrey Building; Federal Express, United Parcel Service, Airborne Express, DHL, and the U.S. Postal Service. Certain courier services in the Washington Metropolitan Area also have access. Please check with the courier service you plan to utilize for delivery, to ensure they are currently authorized. PLEASE DO NOT FAX OR E-MAIL PROPOSALS.
 
Place of Performance
Address: ANDREWS AFB (ADW), CAMP SPRINGS, MD
 
Record
SN01001285-W 20060309/060307211858 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.